SOLICITATION NOTICE
S -- Clean Drying Beds
- Notice Date
- 6/8/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 221320
— Sewage Treatment Facilities
- Contracting Office
- MICC - Fort Stewart, Directorate of Contracting, 976 William H Wilson Ave, Ste 100, Fort Stewart, GA 31314-3322
- ZIP Code
- 31314-3322
- Solicitation Number
- W9124M11T0048
- Response Due
- 6/20/2011
- Archive Date
- 8/19/2011
- Point of Contact
- Robin Dutton, 9127671299
- E-Mail Address
-
MICC - Fort Stewart
(robin.dutton@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. PERFORMANCE WORK STATEMENT C.1 SCOPE Scope of Work: The contractor shall provide all plant, labor, transportation, equipment and supplies to perform all operations in connection with removing and disposing of the contents collected from drying beds and the grit chamber and bar screen collection containers located at the Waste Water Treatment Plant at Hunter Army Airfield. C.2 DEFINITIONS C.2.1 Contracting Officer. A person duly appointed with the authority to enter into and administer contracts on behalf of the Government. C.2.2 Contracting Officer's Representative (COR). Person designated by the Contracting Officer to perform specific technical or administrative functions. COR shall not make any changes in a contract that would result in modifications or increase of price. C.3 GOVERNMENT FURNISHED PROPERTY. C.3.1 The government shall furnish one 1,100 gallon polyethylene drum that will be used to collect discarded waste from the grit chamber. C.3.1 CONTRACTOR FURNISHED ITEMS C.3.1.1 The contractor shall provide a competent staff of sufficient size and ability to perform specified services to ensure contract compliance. The contractor shall provide a competent person or persons fully capable and vested with the authority to act for the contractor with regard to safety, quality control and operational decision making skills. A foreman or supervisor shall be present at all times work is being performed under this contract. C.3.1.2 The contractor shall have access to and provide a piece of equipment capable of transporting the removed waste from the drying beds to the transportable container with little or no spillage. The contractor shall also have access to and provide a piece of equipment capable of removing debris from the containers located at the bars screen and grit chamber. C.3.1.3 The contractor shall furnish one 3 cubic yard or larger dumpster type, watertight container to be used for the collection of bar screen waste. Minor modifications may be required to accommodate placement near bar screen. C.3.2 Contractor Experience: The contractor shall have a person on his/her staff with a minimum of 3 years experience as a sewer plant operator or possess a current state Class 3 waste water operator's license or 3 years experience performing related tasks at a sewer plant similar in nature and size. The contractor will be required to include documentation of this experience in the submitted bid package. This qualified individual must be present during all repairs and shall be directly responsible for any work performed by all the contractor's employees. These employees shall be closely supervised by the qualified individual at all times. All personnel shall wear a contractor furnished identification badge or patch, which shall include at a minimum the person's name and the name of the contractor, at all times. C.3.3 The normal hours that work will be performed are 7:00 a.m. through 3:30 p.m., Monday through Friday, excluding legal holidays. C.4 SPECIFIC TASKS Wet sludge beds, six (6) in all, are to be cleaned and contents disposed of monthly, on or as near as possible to the last working day of each month, regardless of volume, water retention or weather conditions. Sludge volume/weight will vary and cannot be predicted. Each bed is 20 cubic yards. WWTP personnel will make every effort possible to insure beds are poured within 5 days of contractor's completion of latest sludge removal. This should allow the maximum time for the sludge to be filtered and processed/dried properly. DOT #3 sand will be replaced in the drying beds after removal of sludge is performed, maintaining the level at a minimum of 8" consistently through the beds at all times. The contractor shall provide roll-off containers for sludge collection, which must be lined with a minimum of 6 mil plastic sheeting. While the containers are on the WWTP site, they shall be covered with a tarp to insure that the containers do not become contaminated with rainwater or other foreign matter that would compromise the collected waste. Motorized equipment, such as bobcats, forklifts or front-end loaders, will not be allowed in the drying beds at any time. Any leakage or spills caused during or after the cleaning operation will be the sole responsibility of the contractor. The entire waste removal process, all six beds, must be completed within one working day. All roll-off containers must be removed from the installation within 48 hours of sludge removal operation completion. Contents must be disposed of at a facility meeting the requirements of a Subtitle D landfill or a Publicly Operated Waste Treatment Plant, depending on the consistency and water content. Contractor will provide COR with verification, if requested. The contractor shall report the tonnage of the sludge removed to the COR within 5 business days of the job's completion each month. Waste Containers: The Government will provide an 1,100 gallon polyethylene drum to collect all discarded debris from the WWTP grit chamber. The contractor shall provide a dumpster type, watertight container, approximately 3 yards or larger in size for the collection of untreated waste and debris generated from the bar screen collector entering the plant. The contractor shall empty the contents from both containers at a minimum of once a week on a predetermined day. In addition to weekly emptying, the contractor shall empty these containers when the volume in the container(s) exceeds 70% of full. The contractor shall ensure that once he/she is notified that an unscheduled service is required, he will complete the emptying operation within 24 hours of the notification. The contractor is required to contact WWTP personnel prior to arrival of all work to guarantee access to the plant. A replacement container shall be furnished by the contractor in the event that the bar screen container is removed from the WWTP site. The container's contents shall be disposed of off post with all safety and environmental regulations followed thoroughly. Contents must be disposed of at a facility meeting the requirements of a Subtitle D landfill or a Publicly Operated Waste Treatment Plant, depending on the consistency and water content. Contractor shall provide COR with a copy of the hazardous waste profile sheet as requested. All work performed shall meet or exceed the environmental health and safety standards applicable for this operation. C.4.1 All work performed shall be scheduled and coordinated with John Wing (912) 315-3604, DPW, Contract Service Branch, Building 1024, 399 Stephen Douglas Street, Hunter Army Airfield, Savannah, Georgia, 31409-5026. C.4.2 All contractor work operations, equipment and personnel shall be in accordance with all applicable safety provisions as outlined in Engineer Manual 385-1-1, dated 3 Nov 2003. A copy of this manual may be reviewed at DPW, Building 1024, Hunter Army Airfield, Savannah, Georgia. Invoices shall be prepared and forwarded to DPW, Building 1024, 399 Stephen Douglas Street, HAAF, Savannah, GA 31409-5026, to the attention of John Wing.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b6d9a63c4f48f98717e6c42435c39610)
- Place of Performance
- Address: MICC - Fort Stewart Directorate of Contracting, 976 William H Wilson Ave, Ste 100 Fort Stewart GA
- Zip Code: 31314-3322
- Zip Code: 31314-3322
- Record
- SN02467331-W 20110610/110608234843-b6d9a63c4f48f98717e6c42435c39610 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |